SECTION 00_10_00 NOTICE INVITING SEALED PROPOSALS (BIDS)
FOR THE CONSTRUCTION OF: West Victorville Groundwater Banking Pilot Test Project (No. 0550)
FOR THE: MOJAVE WATER AGENCY
NOTICE IS HEREBY GIVEN that the Board of Directors of said Mojave Water Agency (AGENCY) invites bids to be submitted electronically via bid portal, BidNetDirect. The AGENCY will receive sealed proposals (bids) up to the hour of 2 p.m. on the 7th day of April 2026, for the furnishing to said AGENCY of all transportation, labor, materials, tools, equipment, services, permits, utilities, and other items necessary to construct said work. At said time, said proposals will be made public via BidNetDirect for viewing.
Hardcopy, oral, telegraphic, faxed or telephone Bids or modifications will not be considered.
Bids shall conform to and be responsive to the Contract Documents for the work. Copies of the Contract Documents are on file and may be examined in the office of the AGENCY. The AGENCY reserves the right to amend and/or modify said Contract Documents at any time before three (3) days prior to Bid Opening.
Contract Documents (Specifications and Drawings) can be downloaded from the Mojave Water Agency's bid portal, BidNetDirect (www.bidnetdirect.com/california/mojavewateragency). Bidders are required to provide company and contact name, street address (no PO Box), state, zip code, daytime phone, and email address. All questions and addenda to the RFB & Contract Documents will be answered and issued, respectively, on the Agency's bid portal and will not be made available through any other source.
For more information regarding the Agency's bid portal, contact:
Cristina Hall
chall@mojavewater.org
Mojave Water Agency
13846 Conference Center Drive
Phone: (760) 946-7071
Description of Work: The work involves the construction of groundwater recharge facilities and necessary appurtenances as specified in these Technical Specifications located on a 40-acre parcel at the junction of White Road and Duncan Road, Victorville, CA, and associated work to complete and restore the site to good condition.
Project Funding – DWR Requirements
1. The Project is partially funded by the California Department of Water Resources (DWR) through the Urban and Multibenefit Drought Relief & Urban Community Drought Relief Program (“DWR Grant”).
2. The selected Bidder must comply with all requirements of the DWR Grant, including all state contracting, labor, reporting, and documentation requirements as outlined in the contract documents, including, but not limited to, completing construction of the Project and making it operational by December 31, 2026.
Refer to the Special Provisions and Contract Documents for detailed DWR Grant Requirements applicable to this Project.
Prevailing Wages:
1. Pursuant to California Labor Code Sections 1770, 1773, 1773.1, 1773.6, and 1773.7, as amended, the applicable prevailing wage rates for this project have been determined. It shall be mandatory upon the contractor to whom the contract is awarded and upon any subcontractor under them to pay not less than the higher of the Federal and the State prevailing wage rates to all workers employed by them in the execution of the contract. The applicable Federal prevailing wage rates are those that are in effect ten (10) calendar days prior to bid opening; they are set forth on the U.S. General Services Department website: https://sam.gov/content/wage-determinations but are not printed in the Specifications. Lower State wage rates for work classifications not specifically listed in the Federal wage decision are not acceptable. The applicable State prevailing wage rates are set forth on the California Department of Industrial Relations website: http://www.dir.ca.gov/DLSR/PWD but are not printed in the Specifications; these rates are subject to predetermined increases. Bidders are advised that a copy of these rates must be posted by the successful Bidder at the job site(s).
Mandatory Pre-Bid Conference: A mandatory pre-bid conference will be held at 10:00 AM on the 19th day of March 2026, at the main office located at 13846 Conference Center Drive, Apple Valley, CA, followed by an optional site visit located at the southeast corner of the intersection of White Rd. and Duncan Rd. Victorville, CA. It is the responsibility of the bidder to be fully aware of site conditions.
All questions and addenda to the RFB & Contract Documents will be answered and issued, respectively on the Agency's bid portal and will not be made available through any other source. Requests for information (RFI) received less than seven (7) days prior to Bid opening may not be answered. Addenda will be issued no later than three (3) days prior to Bid Opening.
Each bid shall be submitted on a form furnished as part of the Contract Documents and must be accompanied by cash, a cashier's check, a certified check, or a Bidder's bond executed by an admitted surety insurer or substitute pursuant to Section 995.710 of the Code of Civil Procedure, in an amount not less than 10% of the amount of the bid made payable to the order of or for the benefit of the AGENCY. The security of unsuccessful Bidders will be returned by the AGENCY no later than sixty (60) days following the date of award. Each bid shall be submitted via bidnet at or before the time in this notice provided. The check or bond shall be given as guarantee that the Bidder will enter into a contract with the AGENCY and furnish the required payment and performance bonds, and certificates of insurance and endorsements if awarded the work and will be declared forfeited if the Bidder refuses to timely enter into said contract or furnish the required bonds or certificates of insurance and endorsements if the Bidder's bid is accepted.
In accordance with California Public Contract Code, Section 3400, the successful Bidder is permitted a period of 5 days prior to the award of the contract for submission of data substantiating a request for a substitution of an “or equal” item.
In accordance with California Public Contract Code, Section 4104, Owner may request additional subcontractor information from the apparent Successful Bidder and any other bidder to be submitted within 24 hours after the deadline established by Owner for receipt of bids.
In accordance with California Public Contract Code, Section 4107.5, in the event Bidder alleges that a clerical error has been made in the list of subcontractors, they will propose a substitution in accordance with California Public Contract Code.
Effective March 1, 2015, pursuant to Labor Code Sections 1725.5 and 1771. 1. The Contractor and all subcontractors must be registered with the Department of Industrial Relations. Contractor shall maintain registration for the duration of the contract and require the same of any subcontractors. This contract may also be subject to compliance monitoring and enforcement by the Department of Industrial Relations. It shall be the Contractor's sole responsibility to comply with all applicable registration and labor compliance requirements. The Contractor and Subcontractors shall provide proof of current registration with the Dept. of Industrial Relations prior to Award of Contract. No Contractor or Subcontractor shall be listed on the Bid Proposal unless registered with the Dept. of Industrial Relations. All Contractors and Subcontractors shall furnish electronic certified payrolls directly to the Labor Commissioner, and a copy shall also be provided to Owner.
The Board of Directors has obtained from the Director of the California Department of Industrial Relations a determination of the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which said work is to be performed for each craft, classification, or type of worker needed. Not less than the determined rates shall be paid to all workers employed in the performance of the contract. Such rates of wages are on file with the Department of Industrial Relations and in the office of the AGENCY and are available to any interested party upon request.
Pursuant to Public Contract Code Section 22300, equivalent securities may be substituted for monies withheld to ensure performance of the contract. The AGENCY reserves the right to solely determine the adequacy of the securities being proposed by the CONTRACTOR and the value of those securities. The AGENCY shall also be entitled to charge an administrative fee, as determined by the AGENCY in its sole discretion, for substituting equivalent securities for retention amounts. The AGENCY's decisions with respect to the administration of the provisions of Section 22300 shall be final and shall include, but not be limited to, determinations of what securities are equivalent, the value of the securities, the negotiability of the securities, the costs of administration and the determination of whether or not the administration should be accomplished by an independent agency or by the AGENCY. The AGENCY shall be entitled, at any time, to request the deposit of additional securities of a value designated by AGENCY, in AGENCY's sole discretion, to satisfy this requirement. If the AGENCY does not receive satisfactory securities within twelve (12) consecutive days of the date of the written request, AGENCY shall be entitled to withhold amounts due CONTRACTOR until securities of satisfactory value to the AGENCY have been received.
The CONTRACTOR's license classification(s) required for this project are as follows:
The CONTRACTOR'S shall hold all license classification(s) and/or certifications as required for this project as described in contract plans and specifications at the time of submittal of bid.
These classifications are provided for information purposes only. The Engineer does not warrant that all classifications required for the project are listed.
It is the AGENCY's intent that “plans,” as used in Public Contract Code Section 3300, is defined as the construction contract documents, which include both the drawings and the specifications.
The Board of Directors of the AGENCY reserves the right to select the schedule(s) under which the bids are to be compared and contract(s) awarded, to reject any and all bids, and to waive any and all irregularities in any bid.
Each bidder is required to sign the attached Non collusion Affidavit and submit it with their bid. BY THE ORDER OF THE BOARD OF DIRECTORS OF THE MOJAVE WATER AGENCY
Dated: ______ O/S Adnan Anabtawi
General Manager
END OF SECTION
3/8, 3/15/26
CNS-4019631#
DAILY PRESS